Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, REGIO — Regional and Urban Policy, REGIO.A.3 — Budget and financial management
Postal address: Avenue de Beaulieu 1
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: B-1160
Country: Belgium
E-mail:
regio-contracts@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/regional_policy/index_en.cfm I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Promote Stakeholders' Involvement in Border Obstacles Resolution (2020CE160AT015)
Reference number: REGIO/2020/OP/0008
II.1.2)Main CPV code79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contractServices
II.1.4)Short description:
The aim of the contract is to assist unit D2 of DG REGIO and the ‘Border Focal Point’ in engaging more widely with border stakeholders. It procures the help from a communication expert/team to manage and develop the communication activities of the Border Focal Point, particularly by using the ‘Boosting EU Border Regions’ platform hosted on Futurium, as well as to promote border stakeholders’ involvement in the platform via social media and other communication activities.
II.1.5)Estimated total valueValue excluding VAT: 150 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:
II.2.4)Description of the procurement:
Promote stakeholders' involvement in border obstacles resolution (2020CE160AT015).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 150 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
See internet address provided in Section I.3).
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
See internet address provided in Section I.3).
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See internet address provided in Section I.3.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 15/06/2020
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 17/06/2020
Local time: 10:00
Place:
Avenue de Beaulieu 1, B-1160 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
See internet address provided in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See internet address provided in Section I.3).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in Section I.3).
VI.5)Date of dispatch of this notice:20/04/2020